Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

24 -- Tractor with mulching head

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700105Q0052
 
Response Due
6/25/2005
 
Archive Date
7/25/2005
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) and the solicitation number is M6700105Q0052. The North American Industrial Classification System (NAICS) for this requirement is 532412, FSC is 2320. To meet the small business size standard the concern and its affiliates must have average annual receipts for the preceding three (3) years that do not exceed $6 Mil. A firm fixed price contract shall be awarded for the requirement that is described as follows: A tracked, diesel powered, forestry tractor, 87 horsepower, similar to the Fecon FTX90 multi-terrain crawler with Fecon Bullhog BH-74SS Mulching Head. General: Tractor shall have a maximum width of 70 inches.! Minimum ground clearance should be 14 inches. Fourteen inches (14?) track shoe width minimum with triple grousers. Engine: Minimum Deutz (or similar turbocharged BF4M2011, 4 cylinders, 87 horsepower, diesel engine with direct start. Air Filters: Dry type dual element air cleaner with pre-cleaner. Transmission: Hydrostatic transmission with variable displacement pump and variable displacement motor. Operator controlled joystick controls for forward and reverse motion. Backup alarm required. Controls: Joystick controls for operations of machine travel and the operating attachment. All controls shall be within the reach of the seated operator. All standard gauges shall be provided. Hydraulic pump capacity must be sufficient to allow the operation of the Fecon BH74SS mulching head at it maximum working RPM?s. Ground Pressure: 5.0-psi minimum. Tractor shall come with a mulching head similar to Fecon BH 74SS. A minimum of the following is required: Engine hood protec! tion guard, rear bumper and front and rear frame guards. A rear-mounted winch shall be provided with the tractor. Cable shall be of a size suitable for the weight of the tractor. Cab: Must be ROPS/FOPS/OPS certified and meet all OSHA and ISO requirements for operator rollover protection. Cab shall be equipped with Lexan and screening all around for operator safety. Any deviation from these specifications shall be fully explained. Certified warranty service agent for the tractor shall be located within 125 miles with parts available within 24 hours. Tractor shall meet all applicable Federal requirements in effect at the time of manufacture. Tractor shall be of the latest model year and include service and operators manuals. Quotes other than FOB Destination will be rejected. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA! ). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. The following contract clauses apply to this procurement: Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Addendum: Delete paragraph (h). Insert: The Government intends to award a single contract as a result of this solicitation; FAR 52.212-2 Evaluation Commercial Items. Addendum: (a) Award will be based on the quote that offers the lowest cost techical acceptable to the Government. A minimum of three (3) Past Performance references shall be given to the Government. Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial ! Items, with its offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract terms and Conditions Commercial Items applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses apply: 52.203-6; 52.219-8; 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.225-16, 52.232-33, 52.247-64,FAR 52.219-6 Notice of Total Small Business Set Aside; DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses are checked: 52.203! -3, 252.225-7001, 252.243-7002, 252.247-7023. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 or 52.212-3(j) AND DFARS 252.225-7000 WITH THEIR QUOTE. The Offeror is required to provide their Contractor?s DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. DFARS 252.204-7004 Alternate A (Nov 2003) Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. Responses to this solicitation are due by 4:00 PM ET on 23 June 2005. Submit offers by mail to Contracting Division, P.O. Box 8368, Marine Corps Base, Camp Lejeune, NC 28542-8368 or courier delivery at Contracting Division, Bldg 1116, Camp Lejeun! e, NC 28547. For information regarding this solicitation, contact Claretha W. Dancy at (910) 451-1591. See Numbered Note 1
 
Record
SN00816527-W 20050528/050526212439 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.